Loading...
HomeMy WebLinkAbout1st Change Order 03/18/2026 BOARD OF COUNTY COMMISSIONERS County of Monroe Mayor Michelle Lincohi,District 2 The Florida Keys �� Mayor Pro Tem David Rice,District 4 y � Craig Cates,District 1 �. James K.Scholl,District 3 Holly Merrill Raschein,District 5 Memorandum DATE: 03/12/2026 TO: BOCC Digitally signed by Kevin �' �4y �a` — i1 FROM: Kevin G. Wilson, P.E., Assistant County Administrator ; � Date:2026 03.17 09:26:56-04'00' Christine Digitally signed by THRU: Christine Hurley, County Administrator Christine Hurley H u rl e Date:2026.03.18 Y 08:33:48-04'00' SUBJECT: Proposed Change Order to be Approved Attached is proposed Change Order#1 for the Cudjoe Fire Station Mold Remediation project. This change order increases the final contract sum by$9,846.00. There are sufficient funds available in the Facilities Management maintenance budget for this change order. Substantial Completion is increased 30 days. Monroe County Ordinance 027-1998 and subsequent amendments provide authority for the Administrator to approve change orders within specified limits after providing Board of County Commissioners with at least 24 hours to review them and pose any questions or objections that they may have. It is the Administrator's intent to approve the attached change order under that authority after the 24- hour BOCC notification time. MONROE COUNTY ENGINEERING/ FACILITIES AND PROJECT MANAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE: Mold Remediation Cudjoe Fire Station CHANGE ORDER NO: 01 INITIATION DATE: 03/03/2026 CONTRACT DATE: 01/29/2026 TO CONTRACTOR: EE&G Construction & Restoration LLC The Contract is changed as follows: The original (Contract Sum) (Guaranteed Maximum Price)..................................... $ 27,827.00 Net change by previously authorized Change Orders.................................................... $ 0.00 The (Contract Sum) (Guaranteed Maximum Price) prior to this Change order was....... $ 27,827.00 The (Contract Sum) (Guaranteed Maximum Price)will be (increased) (decreased) (unchanged) by this Change Order................... $ 9,846.00 The new (Contract Sum)_(Guaranteed Maximum Price) including this Change Order is. $37,673.00 The Contract Time will be (increased) (decreased) (unchanged) by........................... 30days The date of Substantial Completion as of the date of this Change Order is ................. 03/31/2026 Detailed description of change order and justification: Scope has been changed to use Level 4 drywall finish rather than the original Level 3 finish. The contractor will also furnish and install ceramic tile in the bathroom area, including necessary setting materials and grout, to match existing finishes as closely as possible or as otherwise specified. An additional 30 days are added to the contract in order to complete this work. The previous Substantial Completion date was 3/1/2026. Change order is 35% of original contract price. Not valid until signed by Owner,Architect(if applicable), and Contractor ARCHITECT: N/A Date CONTRACTOR: EE&G denstruction & Restoration LLC Date DiN,.1 W11—D wuuam Desemie DN:on-wuuam Desenns,o-Monroe co�nry Docq William DeSantis en esMelntenenne,emell-de=en e. DEPARTMENT DIRECTOR: ozos.o3°;2:-4a°.00°s William DeSantis Date Facilities and Project Management Director Christine Hurley Digitally signed by Christine Hurley COUNTY ADMINISTRATOR: Date:2026.oalg 1243:06-04'00' Christine Hurley Date Change Order Attachment per Ordinance No. 005-2023 • Change Order was not included in the original contract specifications. Yes ® No ❑ If Yes, explanation: A decision was made to upgrade the drywall finish and to have the tile replaced. • Change Order was included in the original specifications. Yes ❑ No If Yes, explanation of increase in price: • Change Order exceeds $100,000 or 5% of contract price (whichever is greater). Yes ❑ No If Yes, explanation as to why it is not subject for a calling for bids: • Project architect approves the change order. Yes ❑ No If no, explanation of why: No architect on project. • Change Order is correcting an error or omission in design document. Yes ❑No Should a claim under the applicable professional liability policy be made? Yes ❑ No Explain: uuuuyhr uuuuuui G `8�118 9 II NE� (0'I ^� en u orlIlb 111�pand, II�IIcird � tl 'B Construction & Restoration, LLC �< d 3(35+ � M.. (3�11G II �..�.,. d,,:�tl;:,G�.r,b ,�� fl..V.�o,,,Ge,.G M March 2nd, 2026 EE&G Proposal No. 2026-2018.1 Ms. Chrissy Collins Monroe County Public Works 123 Overseas Highway Rockland Key, FL 33040 Coll ins-Chrissy onroeCounty-FL.Gov Subject: Proposal for Build-Back Cudjoe Key Fire Station #11 — Bathroom 22352 Overseas Highway Cudjoe Key, Florida 33042 Dear Ms. Collins EE&G Construction & Restoration LLC (EE&G) is pleased to provide you with this proposal for the subject work. EE&G's Statement of Services and Fee Estimate are presented below: BACKGROUND The property located at 22352 Overseas Highway, Cudjoe Key is currently scheduled for renovation following the removal of microbial-damaged material identified in the site visit on 1/23/26. SCOPE OF WORK Drywall/Baseboard Replacement EE&G will replace remediated drywall with USG Sheetrock Brand Ultralight Panels Mold Tough, or similar, to a Level 4 drywall finish (tape embedded in joint compound over all flat joints and interior angles, followed by two additional coats of joint compound on flat joints and one separate coat over interior angles). Removed or damaged baseboards will be replaced with "like" grade and finish, or existing baseboards will be reinstalled where feasible. EE&G will also furnish and install ceramic tile in the bathroom area, including necessary setting materials and grout, to match existing finishes as closely as possible or as otherwise specified. The duration of the work is anticipated to be 2-3 business days. Project Assumptions • The Owner will turn off the water line for EE&G to get to the impacted materials. • EE&G will cover and protect furnishings during removal of damaged drywall. Following removal of all damaged materials, HEPA vacuuming and damp wiping of surfaces throughout the containment areas is recommended at the finish of the removal and cleaning processes. • Final cleaning of the affected areas is included. • Areas will be off limits to other workers until work is completed and containment barriers are removed. • The Owner will provide on-call, complete access to work areas of the building, during allowed working hours. Ms. Chrissy Collins March 2nd, 2026 Page 2 • All obstructions which could impede the process shall be removed prior to EE&G mobilization, including, but not limited to, debris, equipment, or stored items within the work areas. • No comingling of trades during remediation activities. FEE ESTIMATE EE&G's lump sum fee for the above scope of work is $9,846.00. Proposal pricing valid for 90 days from the date of proposal. If this proposal is satisfactory, please forward to EE&G a signed PSA (attached) and/or a Purchase Order. Fees for work performed will be invoiced upon completion as needed by the client. EE&G appreciates the opportunity to assist you. Please call us if you have any questions regarding this proposal. Sincerely, 177 Yadir Jimenez Robert DeVito Project Manager Vice President of Operations EE&G Construction & Electrical,LLC. EE&G Construction & Electrical,LLC. Florida-Licensed Asbestos Contractor No CJC 1154179 Professional Service Agreement EE&G Proposal No.:2026-2018.1 PROFESSIONAL SERVICES AGREEMENT BETWEEN MONROE COUNTY PUBLIC WORKS AND EE&G CONSTRUCTION AND RESTORATION, LLC This Agreement is made on this day of March 2026, by and between Monroe County Public Works ("Client") and EE&G Construction and Restoration, LLC (EE&G). WITNESSETH That for the considerations set forth below, the parties hereto do agree as follows: 1. Description of Services: EE&G's proposal#2026-2018.1 Cudjoe Key Fire Station dated March 2nd, 2026. 2. Period of Performance: Start/Finish dates are to be announced. 3. Basis of Compensation: EE&G's lump sum fee for the scope of work is $9,846.00. Method of Invoicing: The invoice will be submitted at the completion of the project. 5. Professional Retainer: No retainer fee is requested. 6. General Conditions: a. Payments for invoices prepared by EE&G are due and payable upon receipt. b. This Agreement may be terminated by either party hereto upon 15 days notice in writing to the other party. Upon termination, EE&G shall prepare and submit a final invoice for services rendered to the date of termination together with any termination expenses incurred. C. The parties hereto shall maintain in full force and effect comprehensive public liability insurance with coverage limits which are reasonable in light of the work to be undertaken, and workmen's compensation insurance as required by law. d. Any drawings and specifications developed pursuant to this Agreement are instruments of service, and as such the original documents, tracings, and field notes are and remain the property of EE&G regardless of whether the work for which they were prepared is executed. Professional Service Agreement EE&G Proposal No.:2026-2018.1 e. In the event that legal action is instituted to enforce any of the terms of this Agreement, the party which does not prevail shall pay the legal expenses of the prevailing party, including attorney's fees. f. The parties hereto each binds itself, its successors, executors, administrators and assigns to the other party to this Agreement and to the successors, executors, administrators and assigns of such other party in respect of all covenants of this Agreement. g. EE&G's liability for services to be rendered under this Agreement shall be limited to $2,000,000 or the amount of EE&G's fee (whichever is greater), unless Client pays for the assumption of additional liability by EE&G as a separate line item in Article 3, Compensation. h. If applicable, Client agrees that EE&G shall not be responsible for liability caused by the presence or release of hazardous substances at the site. The Client will either make others responsible for liabilities due to such conditions or will indemnify and save harmless EE&G from such liability. The provisions of this Article (6,h) shall survive any termination of this Agreement. IN WITNESS WHEREOF, the parties hereto have caused the Agreement to be executed by their duly authorized officers on the date first written above. EE&G Construction & Restoration LLC. Client: Monroe County Public Works SIGN: SIGN: NAME: NAME: TITLE: TITLE: DATE: DATE: